Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOLICITATION NOTICE

66 -- LiDAR System - Attachments

Notice Date
11/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-19-Q-0029
 
Archive Date
11/30/2018
 
Point of Contact
Hannah A Wood, Phone: 9375224550
 
E-Mail Address
hannah.wood.3@us.af.mil
(hannah.wood.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3 - Clauses Attachment 2 - Reps and Certs Attachment 1 - Statement of Work COMBINED SYNOPSIS/SOLICITATION This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for a Leica Geosystems Brand LIDAR - Aerosol Vertical Profiler for the Air Force Institute of Technology (AFIT) at Wright-Patterson Air Force Base (WPAFB) as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-99, effective 16 July 2018; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20180629, effective 29 June 2018; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2018-0525, effective 25 May 2018. This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the combined synopsis/solicitation. 2. Receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The combined synopsis/solicitation number for this requirement is FA8601-19-Q-0029 and is hereby issued as a Request for Proposal (RFP) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The associated North American Industrial Classification System (NAICS) code is 334513 with a small business size standard of 750 employees. This is a brand name acquisition and only qualified offerors may submit proposals. NAICS Code: 343513- Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables Small Business Size Standard: 750 Employees The TEP consists of these Contract Line Items Number (CLIN), which should be structured as follows: CLIN 0001- Leica Geosystems Brand LiDAR Acceptable means of Submission: All submissions must be submitted electronically to the following email address hannah.wood.3@us.af.mil by Thursday 15 November 2018 3:00 P.M. EST. Any correspondence sent via e-mail must contain the subject line "FA8601-19-Q-0029, LiDAR" The entire proposal must be contained in a single e-mail, unless otherwise approved, and must not exceed 5 megabytes, including attachments. E-mails with compressed files will not be accepted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website http://acquisition.gov. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received. Delivery Schedule: 120 days after contract award Delivery Destination: AFIT/ENP 2950 Hobson Way Wright Patterson AFB, OH 45433 Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirement: AFIT requires a contractor to deliver a Leica Geosystems brand LiDAR that adheres to the technical requirements found in Attachment 1 (Statement of Work dated 09 October 2018). The following are the specific required parts manufactured by Leica Geosystems: • MPL-4B-IDS-532-AT: Micro Pulse LIDAR System - QTY 1 • MPL-ENCL: All weather enclosure for MPL-4B series LIDAR - QTY 1 • MPL-WIN-12-0.25L: BK-7 window, 12" diameter, 0.6" thick, AR coated for 532 nm, 0.25-wave TWE - QTY 1 • Spares "A": MPL-4B-DET - LIDAR detector - QTY 1 • Spares "B": MPL-4B-PUMP - Replacement laser diode for LIDAR - QTY 2 MINIMUM REQUIREMENTS: Leica Geosystems Brand LIDAR - Aerosol Vertical Profiler: 1. Automated, continuous monitoring of atmospheric aerosol layers and features, to include boundary layer detection 2. Profiling / Detection range: Day, 250m - 15km, Night 250m - 20km (threshold); 100m - 20km day and 100m - 25km night (objective) 3. Range resolution (layer thickness): 30m (threshold); 5m (objective) 4. Pump laser diode life: 10000 hours, user-replaceable 5. User-replaceable spare parts : pump laser diodes (x2) and LIDAR detection system (x1) 6. Equipment, functionality, and processed LIDAR output is calibrated and certified compliant with NASA's worldwide Micro-Pulse LIDAR Network (MPLNET) specifications--this shall be accomplished by NASA at NASA facility prior to delivery to AFIT 7. LIDAR's outdoor ambient operating temperature and relative humidity: 10 to +35 degrees C and 0 to 80% relative humidity (threshold); -10 to +40 degrees C and 0 to 100% relative humidity (objective, with weather enclosure) 8. Outdoor-rated and properly sized weather enclosure capable of maintaining threshold LIDAR operating temperature and relative humidity requirements specified in para. 8 above for extended, 24/7 operation. Operating temperature: -10 to +40 degrees C. Operating relative humidity: 0 to 100%. 9. Computer interface / Data transfer: USB/Ethernet 10. Eye safety compliance with EN-60825/ANSI Z136.1 2000 11. Unattended operation, transportable for deployed operation 12. Compact, potential for use onboard an aircraft (without enclosure, Weight: less than 30kg; Size, less than 35cm x 40cm x 90cm) 13. Windows-compatible, PC-based data processing software for analysis of aerosol extinction and backscatter, LIDAR ratio, and boundary layer height 14. Operates on standard US wall plug power rating The anticipated award is Firm-Fixed Price-LPTA. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforms to the combined synopsis/solicitation and is most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers. The proposals may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN. 2. Point of contact's name, phone, and email. 3. Proposal number & date. 4. Timeframe that the proposal is valid. 5. Individual item price. 6. Total price (Net 30), No Progress Payments. 7. Shipping (FOB Destination). 8. Delivery Schedule. 9. Completed copy of representations and certifications (Attachment 2) Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1). The Contracting Officer will review proposal based on the factors listed in this combined synopsis/solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this combined synopsis/solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow - Receipt and Acceptance (WAWF - RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. FAR 52.212-1, Instruction to Offerors-Commercial Items applies to this acquisition including any addenda to the provision FAR 52.212-2, Evaluation -Commercial Items has been tailored to this procurement and is provided as an attachment to this solicitation FAR 52.212-3, Offeror Representations and Certifications -Commercial Items is incorporated into this solicitation and each offeror shall ensure inclusion in their response or updated representations and certificates are at www.sam.gov FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition including any addenda to the clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition tailed to this acquisition as tailored in the clause. ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: (a) North American Industry Classification System (NAICS) code and small business size standard are as specified above. (b) Submission of offers is as prescribed in the text of this synopsitation. Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Length of the proposal shall not exceed ten (10) typed pages. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Describe how the offeror will provide for the Leica Geosystems brand LiDAR as described in the SOW. CLIN 0001 and Provisions and Clauses can be found in Attachment 3. The following provisions are incorporated into this combined synopsis/solicitation by full text to be completed by the offeror in Attachment 2: FAR 52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (JUL 2016) FAR 52.212-3 Alt 1, OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2017) Attachments: 1. Statement of Work (09 October 2018) 2. Offeror Representation and Certifications 3. Provisions and Clauses Please direct all questions to Hannah Wood, hannah.wood.3@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-19-Q-0029/listing.html)
 
Record
SN05146083-W 20181109/181107230659-421ed397b793e4221740e047bcc0e6bb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.